SOLICITATION NOTICE
59 -- Audio - visual System
- Notice Date
- 8/5/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- WRAD-8-41321
- Archive Date
- 9/3/2008
- Point of Contact
- Melvin N. Fondue, Phone: (206) 526-6043
- E-Mail Address
-
melvin.n.fondue@noaa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis / solicitation For NOAA, Hawaiian Humpback Whale National Marine Sanctuary for AUDIO-VISUAL SYSTEM FOR THE MULTIPURPOSE ROOM, DESCRIPTION OF WORK The Hawaiian Islands Humpback Whale National Marine Sanctuary has completed construction on a new building at its Kihei, Maui site that requires the installation of an audio-visual system (AV system). The new building contains office space, restrooms, a multipurpose room, and storage areas. The audio-visual system will be for the approximately 1,500 square foot multipurpose room. This room is designed to accommodate 100 people in a lecture style setting. In addition this large room can be divided into two smaller classrooms by an accordion-style divider that provides some sound separation. There currently is a retractable projection screen (8' high x 10' wide) that is installed that would serve in the lecture style setting and also for the larger of the classrooms when the room is divided. The audio-visual system should be able to produce a high-quality projection to the projection screen and to a large format LCD monitor. The AV system should be able to use input from different sources including computers, DVD, USB devices, video tape players, a variety of digital storage devices, teleconferencing, smart board, visual presenter (Elmo), the local network, and internet. Sound quality should be at acceptable levels in all areas of the multipurpose room through the use of speakers and sound dampening if necessary. The audio-visual system should be operable to serve the multipurpose room in these two different configurations: 1. Multipurpose room = 29' wide by 52' long = A + B (larger + smaller classrooms) ~ 1,508 square feet; ceiling on sides 8.5', ceiling peak is 20'. 2. A. Larger classroom = 29' wide by 32' long ~ 928 square feet B. Smaller classroom = 29' wide by 20' long ~ 580 square feet The rooms are separated by an ~ 8' high accordion-style divider that can be closed and a window wall to the peak of the ceiling. Location: Hawaiian Islands Humpback Whale National Marine Sanctuary 726 S. Kihei Rd. Kihei, HI 96753 II. OBJECTIVES The contractor will install an audio-visual system into the multipurpose room of the Sanctuary Learning Center that will include the following:  5000 Lumens XGA LCD Projector permanently mounted to display on installed projection screen. Minimum 3-Year manufacturer warranty. Minimum 2-year advance exchange of projector for manufacturer defect. Does not include lamp.  Sound system for multipurpose room and classroom configurations. Separate volume control for the classroom is required when the rooms are divided.  Wall mounted control panel to operate the AV system including the ability for remote operations.  Computer and monitor integrated in AV system.  Teleconferencing capability integrated in AV system.  42" Large LCD screen on a portable cart to be used for classroom B and also to replicate the main projection when used in the multipurpose room configuration. Wall plate for connect and disconnect of LCD screen required.  Ability to integrate other media devices such as SMARTboard, visual presenter.  Integration of multimedia from DVD, VCR tapes, streaming media, and internet.  Adjust sound quality and viewing sight lines to optimize audio-visual displays. Provide adjustments if necessary.  Both wired and wireless microphone systems for presentations  All cabling and outlets required to integrate and power the audio-visual system and its equipment.  One hour on-site training of AV system III. STATEMENT OF WORK (SOW) A. Provide all equipment and supplies to install the audio-visual system. B. Optimize the room for sound quality by installing sound damping materials if necessary. C. All installations shall be hidden if possible. All wiring shall be hidden from view by routing behind walls or by using cable covers. D. Adjust sound quality and viewing sight lines to optimize audio-visual display. Provide adjustments if necessary. E. Contractor will repair all wall, ceiling, and floor surfaces that are modified to install the audio-visual system so that any modifications are not noticeable. F. Working hours are 7:30 am until 5 pm. Contractor may store materials and supplies on site. Access to storage areas will be managed by site staff. G. Contractor is responsible for removing all equipment and materials at the completion of the work. Site will be cleaned at completion of the work. OPTIONS: SMARTboard Visual presenter (ELMO-like device) IV. DELIVERABLES A. Products to be provided by the Contractor: Product Delivery Date (Calendar days after NTP) i.) Planning meeting, project schedule 1 ii.) Mobilization, work begins As agreed upon with site staff: will depend upon site usage and progress of other contractors' work iii.) Work completed 30 V. REFERENCES A. Federal Regulations This project shall be in accordance with all applicable federal regulations including, but not necessarily limited to, the following:  National Environmental Policy Act of 1969 (NEPA)  The Clean Air Act of 1970 and the Clean Air Act Amendments of 1990  Executive Order 12372, "Intergovernmental Review of Federal Programs", revised April 8, 1983  Executive Order 13101, Greening of the Government  Housing and Urban Development Act of 1970  Uniform Federal Accessibility Standards (UFAS) C. Government-Furnished References  NOAA, ONMS, HIHWNMS: original plans and as-builts, if available, for Kihei Multipurpose Building  Multipurpose Building Design Specifications, Section 16050N, Section 16402 D. Mandatory Site Visit A mandatory site visit will occur on (enter date and time) at the Hawaiian Islands Humpback Whale National Marine Sanctuary. During the site visit, interested vendors will inspect the room, walls, ceiling, etc., and present any questions they may have. E. Specific Contractor Services Required The Contractor services consist of installing an audio-visual system into the multipurpose room at the NOAA Kihei facility in Maui.  Must possess a valid State of Hawaii contractor's license C-15 (Electronic Systems) or C-13.  Must be a Hawaii based vendor for required local support  Must have a minimum of at least five (5) years of existence doing business in Hawaii.  Shall furnish and deliver all equipment required for a complete system as specified.  Shall furnish and have a manufacturer's qualified personnel install and test all equipment to the satisfaction of the On-Site Coordinator  Provide a minimum of one (1) year ON-SITE warranty on entire system for manufacturer products or installation defects. User error or misuse are not covered under warranty.  Complete As -Built documentation, wiring diagrams and equipment manuals. VI. NOAA Review and Project Management Daily reviews will be required and necessary for the smooth management of the project. A. Project Manager Review and Coordination HIHWNMS will provide overall guidance to the contractor in the development of each task and during the preparation of any task involved in this project. B. Contractor's Responsibility It is imperative that the Contractor and his contractors recognize that the NOAA reviews are general in nature; that the detailed checking for technical accuracy, sufficiency and coordination is the sole responsibility of the Contractor and his contractors. Not withstanding Government approval, the Contractor shall remain liable for all damages resulting from errors and omissions and negligent performance by the Contractor or his consultants. C. Meetings The Contractor shall meet with NOAA personnel to plan and update project progress. E. Government Team a. Organization. The Government's Team comprises two groups: the Contracting/Technical Team, and the Client. The Contracting/Technical Team is comprised of the CO and COTR/PM, and their offices are located at NOAA's Western Regional Center, 7600 Sand Point Way NE, Seattle, Washington. The Client Team comprises the Project Sponsor, Client Representative, and stakeholders. Their offices are located at the project site. b. Individual Members: i. Client Representative. The Government representative responsible for interfacing with the Government's stakeholders, Project Sponsor, and the Project Manager. The Client Representative is not authorized to give any direction to Contractor/AE Team. ii. Contracting Officer (CO): The Government's procurement agent directly responsible for the general supervision, direction, control and approval of the Government's contract with the Contractor/AE Team. iii. Contracting Officer's Technical Representative (COTR): The Government representative responsible for administering contracts under the immediate direction of the CO. The COTR's duties include interpretation of the contract documents, approval of changed work, approval of all submittals, samples, shop drawings, etc. The COTR may issue change orders to the Contractor only within the limitations set forth in his delegation of authority from the CO. iv. Project Manager and Program (PM). The Government representatives who work together and share responsibilities for defining and managing the project in terms of scope, schedule, and budget. Usually, during the execution of a contract, the Project Manager will serve as the COTR. The coordinator of the Government Team will be the Project Manager. v. Project Sponsor. The Government representative responsible for making decisions and guide the project through its life-cycle on behalf of the client. The Project Sponsor is not authorized to give any direction to the Contractor/AE Team. vi. Stakeholders. The Government's personnel who are involved in or may be affected by the project's activities, for example site staff. None of the stakeholders are authorized to give any direction to the Contractor. F. Project Contact Information The following personnel will be NOAA representatives and contact points for the Contractor throughout the project's life. Contracting Officer (CO): For contractual matters and authority: Chief, Simplified Acquisitions Acquisitions and Grants Office Western Region 7600 Sand Point Way, NE Seattle, WA 98115 Telephone: (206) 526-6494 Project Manager (PM) /COTR: For project management and technical authority: Paul Wong Hawaiian Islands Humpback Whale National Marine Sanctuary 6600 Kalanianaole Hwy. Honolulu, HI 96825 Telephone: (808) 397-2651 On-Site Coordinator: for project oversight Nancy Daschbach, Acting Facilities Coordinator and/or Ed Boland, IT Specialist Hawaiian Islands Humpback Whale National Marine Sanctuary 726 S. Kihei Rd. Kihei, HI 96753 808-879-2818 x101 fax: 808-874-3815 Interested parties must respond to this announcement with a proposal within fifteen (15) calendar days of its publication. All responses must be in writing and may be faxed to 206-526-6025 or email (melvin.n.fondue@noaa.gov). This is a simplified acquisition with an estimated value of less than $100,000. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far 1. 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (APR 2005) 2. 52.243-1 I CHANGES--FIXED-PRICE (AUG 1987)--ALTERNATE I (APR 1984) 3. 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (OCT 2003) 4. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 5. 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2005) 6. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) 7. 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 8. 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 9. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAR 2005) 10. 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2003)11. 1352.239-74 SECURITY PROCESSING REQUIREMENTS FOR CONTRACTORS/SUBCONTRACTOR PERSONNEL FOR ACCESSING DOC INFORMATION TECHNOLOGY SYSTEMS (OCT 2003 12. 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 13. 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (Dec 2004) 14. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) **** The Westren Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registey (CCR) as of October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http//www.ccr.gov. In order to register with CCR and be eligible to receive an award from this Acquisition Office, all offerors must have a Dun & Bradstreet Number (DUN). A DUN number may be acquried free of charge by contacting Dun & Bradstreet on line at www.dnb/eupdate of by phone at (800) 333-0505
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=55436cdaa6a757fbd6369c353e9619c8&tab=core&_cview=1)
- Place of Performance
- Address: Honolulu, Honolulu, Hawaii, 96825, United States
- Zip Code: 96825
- Zip Code: 96825
- Record
- SN01632030-W 20080807/080805223902-55436cdaa6a757fbd6369c353e9619c8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |